OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018 Read, Understood, Accepted & submitted by me Page 1 Signature of the bidder with seal BHARAT SANCHAR NIGAM LIMITED O/o General Manager (CM), Odisha Telecom Circle E- TENDER FOR INSTALLING NON-LIT RETAILER BOARD, Odisha Circle TENDER No-OR/CM/SM/RETAILER-BOARD/18-19 Dtd at BBSR 6th July, 2018 Last date & time for submission 17.00 Hrs. of 30-07-2018 Date & time of opening of technical Bid 12.00 Noon. of 31-07-2018 Date & time of Financial Bid opening It will be intimated latter on. PLACE OF OPENING CONFERENCE HALL, O/o CGM, BSNL BHAWAN, ASHOK NAGAR UNIT-II, BHUBANESWAR-09 Issued By: AGM. (Marketing) O/o the GM (CM) ODISHA Circle, Bhubaneswar-751009. Visit us at: www.odisha.bsnl.co.in Rs. 590/- Signature of Bidder With official seal & date
48
Embed
FOR INSTALLING NON-LIT RETAILER BOARD, Odisha Circle · Odisha Circle, Bhubaneswar is to be submitted with validity min 180 days from the date of opening of the tender. EMD in shape
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 1 Signature of the bidder with seal
BHARAT SANCHAR NIGAM LIMITED
O/o General Manager (CM), Odisha Telecom Circle
E- TENDER
FOR INSTALLING
NON-LIT RETAILER BOARD, Odisha Circle
TENDER No-OR/CM/SM/RETAILER-BOARD/18-19 Dtd at BBSR 6th July, 2018
Last date & time for submission 17.00 Hrs. of 30-07-2018 Date & time of opening of technical Bid 12.00 Noon. of 31-07-2018 Date & time of Financial Bid opening It will be intimated latter on.
Digitally sealed Tenders are invited by CGM, BSNL, Odisha Circle, for supplying the following Items.
1 Tender Notice No. & Date
OR/SM/CM/RETAILER BOARD/18-19 Dated at BBSR the 6th July 2018
2 Time and date of E-submission of tender
Up to 17.00 hrs of 30th July 2018
3 Time& Date of E-opening of Tender (Technical Bid Only)
The tenders shall be opened on 12hrs of 31st July 2018 through ‘Public Online Tender Opening Event (POTOE)’. BSNL’s Tender Opening Officers as well as authorized representatives of bidders can attend the Public Online Tender Opening Event (TOE) from the comfort of their offices However, if required, authorized representatives of bidders can attend the TOE at the Conference Hall, 2nd floor, BSNL BHAWAN, ASHOK Nagar; Bhubaneswar-751009 where BSNL’s Tender Opening Officers will conduct Public Online. Tender Opening Event (TOE) on 12.00 hrs of 31st July 2018.
4 Minimum Validity of Tender offer
150 days from the date of opening
5 Availability of Tender Document
Tender document can be downloaded from the website: www.orissa.bsnl.co.in following the link-‘Orissa”. Further the Tender document for participating in E-tender shall be available for downloading from www.tenderwizard.com/BSNL following the link for Tenders through E-Tender by BSNL and to be submitted in the e-format from 6th July 2018 up to 17:00Hrs on 30th July 2018. As tenders are invited through e-tendering process, physical copy of the tender document would not be available for sale.
6 Name of the work Supply & Installation of FLEX BOARDS, DRIVE-WAY BOARDS, FLEX REPLACEMENT of EXISTING BOARDS & CSC STANDEES.
7 Duration of contract One year from the date of award of contract with an option of extension for a further period of SIX MONTHS on the same rate, terms and conditions
Rs.590/- (Rupees Five hundred Ninety Only) (Non-refundable). The cost of tender paper should be submitted in shape of crossed DD/BC drawn after the date of publication of NIT on any Nationalized/Scheduled Bank in favour of Accounts Officer (Cash), BSNL, O/o GM (CMTS), Bhubaneswar payable at Bhubaneswar. The scanned copy of the above DD/BC towards cost of tender document should be uploaded in E-tendering portal of M/s ITI.
10 BID security
EMD in shape BG of an amount of Rs 1, 40,000/- (Rupees One Lakh Forty Thousand only) from any Nationalized/Scheduled Bank in favor of CGM, BSNL, Odisha Circle, Bhubaneswar is to be submitted with validity min 180 days from the date of opening of the tender. EMD in shape of DD in favor of Accounts Officer (A & P), O/o CGM, BSNL, Bhubaneswar payable at Bhubaneswar. The scanned copy of the above DD/BG towards EMD should be uploaded in E-tendering portal of M/s ITI.
11 Rejection of Tender The CGM, BSNL, Odisha reserves the right to cancel / reject any or all the tenders without assigning any or all the reasons thereof.
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 4 Signature of the bidder with seal
Note: The MSE (Micro & Small Enterprise) units shall be exempted from submission of Bid Security deposit on production of requisite proof in respect of valid registration on the date with body specified by Ministry of Micro, Small & Medium Enterprise for the tendered items.
A. Eligibility Criteria
I Valid Registration/Incorporation certificate of the firm/bidder.
II Valid Pan Card with IT returns for the AY 17-18.
III Valid GST registration.
IV Total turn-Over During last three audited Assessment year i.e. AY 15-16, 16-17 & 17-18 should be of Rs 1.05Crore or more.
V
Total Experience of printing, supplying & Fixing of FLEX BOARDS Govt. / Semi Govt. / PSU / Private
companies during 15-16, 16-17 & 17-18 should be Rs. 24.50 Lakhs or more in total. Experience certificate must be signed not below the rank of
DGM (JAG & equivalent level), in case of Govt. / Semi Govt. / PSU.
In case of Pvt. Companies not below the rank as mentioned above or equivalent level. The details like name, designation, contact no, email ID of the signing Authority must be mentioned in the experience certificate.
VI A self declaration that, the bidder is not black listed by any statutory authority.
Note: • If any one of the above eligibility criteria to be submitted along with the technical bid is found wanting, the offer is liable to be rejected at that stage. However, the purchaser may at its discretion call for any clarification regarding the document. In such case(s), the bidder shall have to comply the purchaser’s requirement within the specified time. In case of non-compliance to such queries, the bid will be out rightly rejected without entertaining further correspondence in this regard.
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Submission of digitally signed copy of E-Tender Documents/ Addendum/addenda
Two Envelopes containing all relevant documents
Techno-commercial –Part
Financial-Part
For eligibility, the Techno-commercial bid should contain the documents as per
eligibility criteria given in Section-1, Page-3 of this bid documents. Similarly, the
financial bid should contain the price schedule as per annexure-VIII
B. Offline Submissions:
The bidder is requested to submit the following documents offline to GM-CM, BSNL, 2nd Floor, BSNL Bhawan, Unit-II, Ashok Nagar, Bhubaneswar-9 on or before 17 hrs. of 30/07/2018, in a Sealed Envelope. The envelope shall bear (name of the work), the E-Tender number and the words ‘DO NOT OPEN BEFORE’ 12Hours on 31st July 2018..
EMD-Bid Security in Original. DD/ Bankers cheque against payment of E-Tender fee in original. * Power of attorney in accordance with clause 14 of Section-4- Part A. **Copy of certificate from MSME if applicable.
Note-1: The bidders shall submit necessary documentary proof showing that they meet the eligibility criteria along with their E-Tender bid. All documents submitted will also be self-attested by the bidder. * Note-2: ‘Power of Attorney’ executed not earlier than 6th July 2018 in favor of the signatory signing the E-Tender documents (It is not required in case of proprietor signed himself), Article & Memorandum of association with certificate of Registration in case of limited company and Authenticated copy of Partnership Deed, in case of partnership firm are to be submitted. **Note-3: MSE Bidder having valid certificate from bodies specified by Ministry of MSME with approval of monetary limit and registered for such work will be exempted from submission of BID security as per rule.
3. Amendments: if any, to the E-Tender documents will be notified in the above website as and when such amendments are notified particularly before 17.00 hours of 24-07-2018. It is the responsibility of the bidders who have downloaded the E-Tender document from the website to keep themselves abreast of such amendments before submitting the E-Tender document.
.
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 7 Signature of the bidder with seal
4. Verification Of Documents & Certificates
The bidder will ensure that all the documents and certificates, including experience /
performance and self-certificates submitted by him are correct and genuine before enclosing
them in the bid. The onus of proving genuineness of the submitted documents would rest
with the bidder. If any document/ paper/ certificate submitted by the participant bidder is
found / discovered to be false / fabricated / tempered / manipulated either during bid
evaluation or during award of contract or thereafter, then the Purchaser will take action as
per deemed fit, like forfeit of EMD / PBG, black listing etc. as per guideline available in BSNL
procurement manual from time to time.
5. Note for E-Tender opening Committee:
At the time of E-Tender opening, the TOC will check/ verify the documents conforming to
eligibility part are submitted by the participant bidder duly authenticated by the authorized
signatory to obviate any possibility of doubt and dispute and maintain veracity of the
documents / papers/ certificates. The documents/ papers to be submitted in respective bid
part have been explicitly stated in clause- 2 this section. This opened bid part which is
already signed by the authorized representative of the bidder company during bid submission
will be downloaded from the E-Tender site and signed by the E-Tender opening committee
on hard copy and preserve it along with the bids. These papers will be treated as authentic
one, in case of any dispute.
6. General Instructions.
E-Tender bids received after due time & date will not be accepted. Incomplete, ambiguous, Conditional, unsealed E-Tender bids are liable to be rejected. CGM, BSNL, Odisha Circle reserves the right to accept or reject any or all E-Tender bids without
assigning any reason. He is not bound to accept the lowest E-Tender.
The bidder shall furnish a declaration with digital signature in his E-Tender bid that no addition /
deletion / corrections have been made in the downloaded E-Tender document being submitted and it
is identical to the E-Tender document appearing on the website (annexure-I).
In case of any correction/ addition/ alteration/ omission in the E-Tender document, the E-Tender bid
shall be treated as non- responsive and shall be rejected summarily.
Note 1: All documents submitted in the bid offer should be preferably in English. In case the certificate
viz. experience, registration etc. is issued in any other language other than English, the bidder shall
attach an English translation of the same duly attested by the bidder & the translator to be true copy
in addition to the relevant certificate.
Note 2: All computer generated documents should be duly signed/ attested by the bidder/ vendor organization.
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 8 Signature of the bidder with seal
SECTION- 3 Part A
SCOPE OF WORK
1. General: The selected bidder(s) will have to supply & install the flex signboards to retailers as per the specification. The design and artwork has to be approved by the AGM (MKT), O/o GM (CM- S&M), BSNL. Supply details will be given in the final purchase order. Each flex signboards supplied to retailers will carry a warranty of 12 Months against manufacturing defects.
Sl. No.
Name of the Item to be supplied Quantity in Sq. Ft./Nos
1. NON-Lit retailer boards (Single Sided) 38000 Sq. Ft
2. NON-Lit retailer boards (Double Sided) 15000 Sq. Ft.
3. DRIVE-WAY BOARDS 480 Nos
4. FLEX REPLACEMENT of Existing Boards 32000 Sq. Ft.
Lit FLEX Boards (one-Sided & Double Sided) of the Size will be decided as per the field unit requirements based on the visibility & market condition to be installed at various POS of BSNL (mobile products) across Odisha as per the list given by BSNL.
3. Sl-3 DRIVE-WAY BOARDS: Supply & Installation of DRIVE-WAY BOARDS to be installed at
NH/SH/Main Markets/Villages across Odisha as per the list given by BSNL.
4. Sl-4 FLEX REPLACEMENT: Printing & Replacement of FLEX on the existing Retailers Boards/Flex
Boards at POS premises across Odisha.
5. Sl-5 CSC STANDY: Supply of CSC STANDIES to be stationed at all the departmental CSC/CCN
across Odisha as per the list given by BSNL.
6. Award of Work: If more than one bidder is found techno commercially fit then the work will be awarded as per the section-4-B clause 3 among all the bidders maximum up to THREE. In such a case the area of operation as decided by BSNL will be final.
7. Area of Operation for Bidders: BSNL has thirteen Telecom District in Odisha and the selected
bidder(s) has to carry-out work simultaneously in these districts as per the work order. It is the purely 100% discretion of BSNL to decide the district of operation for various vendors.
8. Paying to Municipality / NAC authority: It is the responsibility of the bidder to make necessary
payment to Municipality / NAC authority (if necessary) for display of BSNL retailer boards for a period of one year. So while quoting the rates the same amount is to be taken into account. No separate charges will be paid for this.
9. Quality Assurance: Once the selected bidder(s) completes the fabrication work as per
specification will intimate the consignee in writing or through mail with a copy to the circle marketing unit so that necessary quality check as per specification will be made at the factory site before installation and necessary certificate will be issued by the consignee / Circle Marketing. The retailer boards installed without proper quality assurance certificate will not be considered for payment. a. pre-supply tests and inspections i. The bidder has to communicate to BSNL after the Boards/Flex is ready for installation.
Marketing Section of Circle Office, BSNL will verify the quality of fabrication and ensure specifications of at least 25% of the ordered quantity.
ii. Should any inspected or tested goods fail to conform to the Specifications the Purchaser may reject them and Supplier shall either replace the rejected goods or make all alterations necessary to meet the Specification requirements free of cost to the Purchaser.
b. Installation & handover: i. Once the quality is passed the bidder will install the boards at the retailer points as per site
requirement considering the proper visibility and availability of space etc. After proper installation the vendor has to take photo-graph of the shop with date and handover the same
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 9 Signature of the bidder with seal
to retailer with a proper receipt (Format will be given by BSNL). ii. Notwithstanding the pre-supply tests and inspections as prescribed above, the Flex
Signboards/Drive-Way Boards/Flex replacements will also be tested by the local BSNL officers before “take over/issue of work completion certificate” and if any are found defective, the same shall be replaced free of all cost to the Purchaser as laid down below.
iii. Should it fail to do so within this time, the Purchaser reserves the discretion to reject and replace at the cost of the Supplier the whole or any portion of the Flex Signboards to sub-franchisees and retailers as the case may be, which is defective or fails to fulfill the requirements of the contract. The cost of any such replacement made by the Purchaser shall be deducted from the amount payable to the Supplier.
10. Certificate from Consignee: The vendor will submit the bills along with receipts received from the retailer and photos taken to the consignee in a consolidated way (in the form of an album) for 100% verification. The consignee after 100% verification will certify on the body of the bill and submit to the circle marketing unit (CM) for payment.
11. Warranty: The vendor will provide a warranty of 1 year to the board supplied and installed by him
against all weather conditions except for natural calamities like earthquake, cyclone, theft or intentional removal by the POS. In all other situations it is the responsibility of the vendor to maintain the boards for 1 yr. During the warranty if there is damage of flex / frame or fading of color etc. then the vendor has to replace the same at free of cost after getting a written complaint from BSNL within 21 Days.
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 10 Signature of the bidder with seal
SECTION- 3 Part B
TECHNICAL SPECIFICATIONS/ REQUIREMENTS
Technical specifications: The equipment shall confirm to the Technical specifications as
mentioned below:
Sl. No.
Technical Specification of items
1 NON-LIT FLEX BOARDS (Single-Sided)
FRAME MATERIAL: MS steel frame made out of 1"x1" mild steel pipe 18 gauge having min weight of 3000 grams/20ft length coated with red oxide
FLEX: 10 OZ black back flex for Non-Lit
OUTDOOR LIFE: 1 yr outdoor life in all weather conditions for the product
SIZE: As per actual requirement at the site
PRINTING: Single side multicolor 4 pass digital printing with UV resistant ink.
2 NON-LIT FLEX BOARDS (Double-Sided)
FRAME MATERIAL: MS steel frame made out of 1"x1" mild steel pipe 18 gauge having min weight of 3000 grams/20ft length coated with red oxide
FLEX: 10 OZ black back flex for Non-Lit
OUTDOOR LIFE: 1 yr outdoor life in all weather conditions for the product.
SIZE: As per actual requirement at the site
PRINTING: Double side multicolor 4 pass digital printing with UV resistant ink.
3 DRIVE-WAY BOARDS
FRAME MATERIAL: MS steel frame made out of 1"x2" mild steel pipe 18 gauge having min weight
of 13KG/20ft length coated with red oxide. With a 6” X 6” MS Steel plate welded to the bottom of the main Pipe.
Height: 8.5ft (2’ below + 6.5’ above the ground.) Base: 2’ X 6” X 6” CONCRETE BASE.
FLEX: 18 OZ STAR FLEX. FLEX BOARD SIZE: 1.5Ft X 3Ft. FLEX BOARD MATERIAL: MS steel frame made out of 1"x1" mild steel pipe 18 gauge having min weight of 3900 grams/20ft length coated with red oxide.
OUTDOOR LIFE: 1 yr outdoor life in all weather conditions for the product.
SIZE: As per actual requirement at the site
PRINTING: Double side multicolor 4 pass digital printing with UV resistant ink.
4 FLEX REPLACEMENT
FLEX: 10 OZ black back flex for Non-Lit
5 CSC STANDEE
FRAME MATERIAL: MS steel frame made out of 2"x2" mild steel pipe 2mm Thickness having min
weight of 19KG/Mt length coated with red oxide and enamel.
FLEX: 18 OZ STAR FLEX
SIZE: As per actual requirement at the site
PRINTING: Single side multicolor 4 pass digital printing with UV resistant ink.
FRAME BASE: MS STEEL Reinforced LEGS for the standees to stand up right and support.
The tender is valid for a period of 1 year w.e.f. the date of the agreement, however
the tender period can be extended further up to 6 months with the approval of the CGMT, Odisha on mutual consent basis with the same terms and conditions.
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 11 Signature of the bidder with seal
SECTION-3 Part C
SCHEDULE OF REQUIREMENTS (SOR)
Sl. No. Name of the Item to be supplied Quantity in Sq. Ft./Nos
1. NON-Lit retailer boards (Single Sided) 38000 Sq. Ft
2. NON-Lit retailer boards (Double Sided) 15000 Sq. Ft.
3. DRIVE-WAY BOARDS 480 Nos
4. FLEX REPLACEMENT of Existing Boards 32000 Sq. Ft.
5 CSC STANDEE 3000 Sq. Ft.
Note 1: The quantity of items stated above is estimated and BSNL reserves the right to
vary the quantity to the extent of ±25% of specified quantity without any change in unit
price or other terms & conditions.
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 12 Signature of the bidder with seal
SECTION-4 Part A
GENERAL INSTRUCTIONS TO BIDDERS (GIB)
1. DEFINITIONS
"The Purchaser" means the Bharat Sanchar Nigam Ltd. (BSNL), Bhubaneswar "The Bidder" means the individual or firm who participates in this tender and submits its bid. "The Supplier" or “The Vendor” means the individual or firm supplying the goods under the
contract "The Goods" means all the equipment, machinery, a n d /or other materials which the Supplier is
required to supply to the Purchaser under the contract. "The Advance Purchase Order" or “Letter of Intent” means the intention of Purchaser to place
the Purchase Order on the bidder. "The Purchase Order" means the order placed by the Purchaser on the Supplier signed by the
Purchaser including all attachments and appendices thereto and all documents incorporated by reference therein. The purchase order shall be d e e m e d as “ Contract" appearing in the document.
"The Contract Price" means the price payable to the Supplier under the purchase order for the full and proper performance of its contractual obligations.
"Validation" is a process of testing the equipment as per the Generic Requirements in the specifications for u s e i n B S N L network. Validation is carried out in simulated field environment and includes stability, reliability and environmental tests.
"Telecom Service Provider" means any Telecom operator in India, who is licensed by the Department of Telecommunications (DOT), Government of India to provide telecom services to the general public or to the other DOT licensed Telecom operators. "Telecom Service Provider" also refers to any Telecom operator in other countries providing telecom services to general public of that country or to other telecom operators of the same country.
“Successful Bidder(s)” / vendors mean the bidder(s) to whom work in this Tender is awarded.
2. ELIGIBILITY CONDITIONS:
I Valid Registration/Incorporation certificate of the firm/bidder.
II Valid Pan Card with IT returns for the AY 17-18.
III Valid GST registration.
IV Total turn-Over During last three audited Assessment year i.e. AY 15-16, 16-17 & 17-18 should be of Rs 1.05Crore or more.
V
Total Experience of printing, supplying & Fixing of FLEX BOARDS of Govt. / Semi Govt. / PSU /
Private companies during 15-16, 16-17 & 17-18 should be Rs. 24.50 Lakhs or more in total. Experience certificate must be signed not below the rank of
DGM (JAG & equivalent level), in case of Govt. / Semi Govt. / PSU.
In case of Pvt. Companies not below the rank as mentioned above or equivalent level. The details like name, designation, contact no, email ID of the signing Authority must be mentioned in the experience certificate.
VI A self declaration that, the bidder is not black listed by any statutory authority.
Note: • If any one of the above eligibility criteria to be submitted along with the technical bid is found wanting, the offer is liable to be rejected at that stage. However, the purchaser may at its discretion call for any clarification regarding the document. In such case(s), the bidder shall have to comply the purchaser’s requirement within the specified time. In case of non-compliance to such queries, the bid will be out rightly rejected without entertaining further correspondence in this regard.
3. COST OF BIDDING
The bidder shall bear all costs associated with the preparation and submission of the bid. The Purchaser will, in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.
4. DOCUMENTS REQUIRED The goods required to be supplied; bidding procedures and contract terms and conditions are
prescribed in the Bid Documents. The contents of the Bid documents are specified in the covering letter at page No.-1
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 13 Signature of the bidder with seal
The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid Documents and c l a r i f i c a t i o n s / amendments/ addenda, if any. Failure to furnish all information required as per the Bid Documents or submission of the bids not substantially responsive to the Bid Documents in every respect will be at the bidder's risk and may result in rejection of the bid.
5. CLARIFICATION OF BID DOCUMENTS A prospective bidder, requiring any clarification on the Bid Documents shall notify the Purchaser in
writing by FAX or by Email of the Purchaser as indicated in the invitation of Bid. The Purchaser shall respond in writing to any request for the clarification of the Bid Documents, which it receives 10 days prior to the date of opening of the Tenders. Copies of the query (without identifying the source) and clarifications by the Purchaser shall be updated on the website.
Any clarification issued by BSNL in response to query rose by prospective bidders shall form an integral part of bid documents and shall amount to an amendment of the relevant clauses of the bid documents.
6. AMENDMENT OF BID DOCUMENTS The Purchaser may, for any reason, whether at its own initiative or in response to a
clarification requested by a prospective bidder, may modify bid documents by amendments prior to the date of submission of Bids with due notification to prospective bidders.
The a m e n d m e n t s s h a l l b e no t i f ied i n www.odisha.bsnl .co . in or by following the link-‘http://www.orissa.bsnl.co.in/newtender.php?tenderdistrict=Orissa”. Further the Tender document for participating in E-tender shall be available for downloading from www.tenderwizard.com/BSNL following the link for Tenders through E-Tender by BSNL.
In order to afford prospective bidders a reasonable time to take the amendment into account in preparing their bids, the purchaser may, at its discretion, extend the deadline for the submission of bids suitably.
The purchaser cannot be held responsible for any modifications in the terms and conditions notified on or before 7 days of the last date for filing of the tender. However, amendments made only in the eligibility conditions within less than 7 days for filing of the tender shall be notified in the leading daily regional News paper(s).
7. DOCUMENTS COMPRISING THE BID The bid prepared by the bidder shall ensure availability of the following components:
Documentary evidence establishing that the bidder is eligible to bid and is qualified t o perform the contract if its bid is accepted in accordance with clause B of Section-1 –Part A and Clause-2.
Bid Security furnished in accordance with clause-A of Section-1- Part-A. A Bid form and price schedule completed in accordance annexure- VII & VIII
8. BID FORM The bidder shall complete the bid form and appropriate Price Schedule furnished in the Bid
Documents, indicating the goods to be supplied, brief description of the goods, quantity and prices as per annexure-VII.
9. BID PRICES
9.1 The bidder shall QUOTE THE ITEM WISE UNIT-PRICE/SQFT OR NUMBER (In Col-D of Annexure-VIII) inclusive of all Levies i.e. packing, handling & forwarding, freight, installation and replacement etc. ( wherever applicable) except GST. The basic unit price and all other components of the price need to be individually indicated up to two decimal points only against the goods it proposes to supply under the contract as per the price schedule given in Annexure-VIII. Prices of incidental services should also be quoted. The offer shall be firm in Indian Rupees. No Foreign exchange will be accepted and entertained by the purchaser.
9.2 Prices indicated in the Price Schedule to be filled up as per Annex-VIII.
9.3 Evaluation of the BIDDERS to be done on the Lowest Item-wise Quotes (in Col-B of
Annexure-VIII) of the individual eligible bidders shall be accepted and valid throughout the
contract period. 10. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION
I One copy of the complete set of tender documents duly filled in and signed on each page by authorized signatory.
II Tender Cost of Rs.590/- (In form of DD/BC). DD/BC Drawn in favor of “AO (A & P), O/o CGM, BSNL, Odisha” payable at BBSR.
III EMD of Rs 140000/ - (In form of DD/BG). BG in favor of “CGM, BSNL, Odisha” (Format at Annexure-III). DD/BC Drawn in favor of “AO (A & P), O/o CGM, BSNL, Odisha. payable at BBSR
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 14 Signature of the bidder with seal
IV
Bidder having valid NSIC/MSME certificate with approval of monetary limit will be exempted
from these costs as per rule. The proof of the same must be produced in the technical bid. (The Original is to be produced before TOC during opening of the tender). In case the ownership of
such MSE (Micro & Small Enterprises) Entrepreneurs happens to be from SC/ST category, proof
in this regard also need to be submitted.
V Proof regarding turnover during the last three audited Assessment years i.e. 15-16, 16-17 & 17-18 of Rs. 1.05 Crores (Cumulatively), duly certified by the Chartered Accountant.
VI
Experience of printing, supplying & Fixing of FLEX BOARDS Govt. / Semi Govt. / PSU / Private
companies during 15-16, 16-17 & 17-18 should be Rs. 24.50 Lakhs during last 3 F.Y. Refer Section-1 PART-A, Eligibility Criteria, Point-V (at Page-4).
VII Power of Attorney’ in favor of the signatory signing the tender documents. (Refer Section – 4 Part-A, Point 14.3).
VIII Undertaking for non-working of any relative in BSNL in the prescribed format available in Annexure-II. In case of Partnership/Limited company all partners/Directors are to submit separate undertaking.
IX Valid Pan Card with IT returns for the AY-2017-18.
X Valid GST registration Number.
XI Bidder’s Profile & Questionnaire duly filled & signed.
XII Valid Registration/Incorporation certificate of the firm/bidder.
Note: • If any one of the above documents required to be submitted along with the technical bid is found wanting or incomplete, the offer is liable to be rejected at that stage. However, the purchaser may at its discretion call for any clarification regarding the document. In such case(s), the bidder shall have to comply the purchaser’s requirement within the specified time. In case of non-compliance to such queries, the bid will be out rightly rejected without entertaining further correspondence in this regard.
11. DOCUMENTS ESTABLISHING GOODS’ CONFORMITY TO BID DOCUMENTS. DELETED.
12. THE BID SECURITY MAY BE FORFEITED:
12.1 The bidder shall furnish, as part of its bid, a bid security as mentioned in Section-1(DNIT).
12.2 The MSE bidders are exempted from payment of bid security:
a) A proof regarding valid registration with body specified by Ministry of Micro, Small & Medium
Enterprise for the tendered items will have to be attached along with the bid.
b) The enlistment certificate issued by MSME should be valid on the date of opening of tender.
c) MSE unit is required to submit its monthly delivery schedule.
d) If a vender registered with body specified by Ministry of Micro, Small & Medium Enterprise
claiming concessional benefits is awarded work by BSNL and subsequently fails to obey any of
the contractual obligations; he will be debarred from any further work/ contract by BSNL for one year
from the date of issue of such order.
12.3 The bid security is required to protect the purchaser against the risk of bidder's conduct, which
would warrant the forfeiture of bid security pursuant to Para 12.7.
12.4. A bid not secured in accordance with Para 12.1 & 12.2 shall be rejected by the Purchaser
being non-responsive at the bid opening stage and archived unopened on e-tender portal for e-
tenders and returned to the bidder unopened(for manual bidding process)
12.5 The bid security of the unsuccessful bidder will be discharged/ returned as promptly as possible
within 30 days of finalization of the tender or expiry of the period of the bid validity period prescribed
by the purchaser pursuant to clause 13.
12.6 The successful bidder's bid security will be discharged upon the bidder's acceptance of the
advance purchase order satisfactorily in accordance with clause 27 and furnishing the performance
security, except in case of L-1 bidder, whose EMBG/EMD shall be released only after the finalization
of ordering of complete tendered quantity in pursuance to clause no 27.3 of this section.
12.7 The bid security may be forfeited:
a) If the bidder withdraws or amends its bid or impairs or derogates from the bid in any respect
during the period of bid validity specified by the bidder in the bid form or extended subsequently; or
b) If the bidder does not accept the APO/ AWO and/ or does not submit PBG & sign the contract/
agreement in accordance with clause 28.
Note: - The bidder shall mean individual company/ firm or the front bidder and its technology/
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 15 Signature of the bidder with seal
consortium partner, as applicable.
13. PERIOD OF VALIDITY OF BIDS Bid shall remain valid for period specified in clause-1 of Section-2 Tender Information. A bid
valid for a shorter period shall be rejected by the purchaser being non-responsive. In exceptional circumstances, the purchaser may request the consent of the bidder for an
extension to the period of bid validity. The request and the response thereto shall be made in writing. The bid security provided under clause-A of Section-1 shall also be suitably extended. The bidder may refuse the request without forfeiting its bid security. A bidder accepting the request and granting extension will not be permitted to modify its bid.
14. FORMAT AND SIGNING OF BID 14.1. The bidder shall submit his bid, through online process only as it is an e-tender, complying all
eligibility conditions, other terms and conditions of tender document to be read along with the
clarifications and amendments issued in this respect. All the documents must be authenticated,
using Digital Signature only, by the authorized person. The letter of authorization shall be indicated
by written power-of-attorney accompanying the bid.
14.2. The bid shall contain no interlineations, erasures or overwriting except as necessary to
correct errors made by the bidder in which case such corrections shall be signed by the person or
persons signing the bid. All pages of the original bid, except for un-amended printed literatures, shall
be digitally signed by the person or persons signing the bid.
14.3 Power of Attorney Executed not before 6th July 2018. The power of Attorney should be submitted and executed on the non-judicial stamp paper of
appropriate value as prevailing in the concerned states(s) and the same be attested by a Notary public or registered before Sub-registrar of the state(s) concerned.
The power of Attorney be executed by a person who has been authorized by the Board of Directors of the bidder in this regard, on behalf of the Company/ institution / Body corporate.
In case of the bidder being a firm, the said Power of Attorney should be executed by all the partner(s) in favor of the said Attorney.
Attestation of the specimen signatures of authorized signatory by the Company’s/ firm’s bankers shall be furnished. Name, designation, Phone number, mobile number, email address and postal address of the authorized signatory shall be provided.
15. SEALING AND MARKING OF BIDS 15.1 The bid should be submitted as per Clause 2 of tender information.
15.1.1 The bids may be called under
a) Single Stage Bidding & Two Envelope System. However, the total bidding process has to be
carried out ONLINE and only the documents as mentioned in the SECTION-2, Clause-2, Sub-
Clause-OFFLINE DOCUMENTS shall be deposited in the tender box provided at the O/o AGM
(MKT), 2nd Floor, BSNL BHAWAN, Ashok Nagar, Bhubaneswar-751009. The whole process of
Online Bidding and the Physical submission of document and materials may be completed before
17:00Hrs on 30.07.2018.
b) Venue of Tender Opening:
Conference Hall, 4th Floor, BSNL BHAWAN, AHSOK NAGAR, BBSR-9, Odisha at 12:00Hrs on 31st
July 2018.
16. SUBMISSION OF BIDS
16.1. Bids must be submitted by the bidders on or before the specified date & time indicated in Section-I
i.e. DNIT.
16.2. The Purchaser may, at its discretion, extend this deadline for the submission of bids by
amending the Bid Documents in accordance with clause 6 in which case all rights and obligations of the
purchaser and bidders previously subject to the deadline will thereafter be subjected to the extended
deadline.
16.3. The bidder shall submit its bid offer against a set of bid documents purchased by him for all or
some of the systems/ equipment as per requirement of the Bid Documents. He may include alternate
offer, if permissible as per the bid. However, not more than one independent and complete offer shall
be permitted from the bidder.
17. LATE BIDS No bid shall be accepted af ter the specified deadline for submission of bids prescribed by the
purchaser.
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 16 Signature of the bidder with seal
18. MODIFICATION AND WITHDRAWAL OF BIDS
18.1. The bidder may modify, revise or withdraw his bid after submission prior to deadline prescribed
for submission of bid.
18.2. The bidder’s modification, revision or withdrawal shall have to be online and digitally
authenticated (in case of e-tendering) as per clause 15.
18.3. Subject to clause 20, no bid shall be modified subsequent to the deadline for submission of bids.
19. OPENING OF BIDS BY PURCHASER: The tenders shall be opened on 12 hrs of 31st July 2018 through ‘Public Online Tender Opening
Event (POTOE)’. BSNL’s Tender Opening Officers as well as authorized representatives of bidders can attend the Public Online Tender Opening Event (TOE) from the comfort of their offices However, if required, authorized representatives of bidders can attend the TOE at the Conference Hall, 4
th
Floor, BSNL BHAWAN, Bhubaneswar, where BSNL’s Tender Opening Officers will conduct Public Online Tender Opening Event (TOE) on 12.00 hrs of 31st July 2018.
Authority letter to this effect shall be submitted by the authorized representatives of bidders before they are allowed to participate in bid opening. (A Format is given in enclosed in Annexure-V).
A maximum of two representatives of any bidder shall be authorized and permitted to attend the bid opening.
20. Information to be read out by TOC In Single stage bidding & two envelopes system; the bids will be opened in 2 stages i.e. the
techno-commercial bid shall be opened on the date of tender opening given in DNIT. Thereafter the CET will evaluate Techno-commercial bids & the report of CET will be approved by competent authority. The financial bids of those bidders who are approved to be techno-commercially compliant by the competent authority, will be opened by TOC in front of techno commercially eligible bidders / authorized representatives.
The following information should be read out at the time of Techno-commercial bid opening:-
Name of the Bidder Name of the item EMD amount & validity and acceptability Information in respect of eligibility of the bidder.
The following information should be read out at the time of Financial bid opening:- Name of the Bidder Name of the item Quantities/prices quoted in the bid The date fixed for opening of bids, if subsequently declared as holiday by the BSNL, the revised date
of schedule will be notified. However, in absence of such notification, the bids will be opened on next working day, time and venue remaining unaltered.
21. CLARIFICATION OF BIDS To assist in the examination, evaluation and comparison of bids, the purchaser may, at its discretion
ask the bidder for the clarification of its bid. The request for the clarification and the response shall be in writing. However, no post bid clarification at the initiative of the bidder shall be entertained.
If any of the documents, required to be submitted along with the technical bid is found wanting, the offer is liable to be rejected at that stage. However the purchaser at its discretion may call for any clarification regarding the bid document within a stipulated time period. In case of noncompliance to such queries, the bid will be out rightly rejected without entertaining further correspondence in this regard.
22. PRELIMINARY EVALUATION Purchaser shall evaluate the bids to determine whether they are complete, whether any
computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the bids are generally in order.
Arithmetical errors shall be rectified on the following basis. Based on the quoted amounts & shall be worked out and rounded off to 2 decimal points
Prior to the detailed evaluation of financial bid, the Purchaser will determine the substantial responsiveness of each bid to the Bid Document. For purposes of these clauses, a substantially responsive bid is one which confirms to all the terms and conditions of the Bid Documents without material deviations. The purchaser's determination of bid's responsiveness shall be based on the contents of the bid itself without recourse to extrinsic evidence.
A bid, determined as substantially non-responsive will be rejected by the purchaser and shall not subsequent to the bid opening be made responsive by the bidder by correction of the non-conformity.
The Purchaser may waive any minor infirmity or non-conformity or irregularity in a bid which doesn't constitute a material deviation, provided such waiver doesn't prejudice or affect the relative ranking of any bidder.
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 17 Signature of the bidder with seal
FINANCIAL EVALUATION: Financial Evaluation shall be done on the ITEM WISE quote of the eligible bidders only as per the Price Schedule at Annexure-VIII.
23. Contacting the purchaser No bidder shall try to influence the Purchaser on any matter relating to its bid, from the time of the bid
opening till the time the contract is awarded. Any effort by a bidder to modify its bid or influence the purchaser in the purchaser's bid
evaluation, bid comparison or contract award decision shall result in the rejection of the bid. 24. Placement of order
24.1 The Purchaser shall consider placement of orders for commercial supplies up to THREE ELIGIBLE BIDDERS, whose offers have been found technically, commercially and financially acceptable and whose goods have been type approved/ validated by the purchaser.
24.2 All the successful bidders have to accept & oblige the item-wise lowest rates quoted by the eligible bidders. However, at a later stage if there is any increase in Govt. duties/taxes within scheduled delivery date (SDD), the unit prices with applicable revised duties/taxes will be paid to suppliers irrespective of their ranking viz.L1/ L2/ L3 …..etc keeping other levies & charges unchanged. 24.3. The purchaser reserves the right for the placement of order of entire tendered quantity on the bidder with the lowest evaluated price. 24.4In the event of item-wise L2 and so on bidders refusing to accept its package price of L1 bidder,
BSNL reserves the right to place the order for entire quantity of that particular item to the L1 bidder for
that item. It is mandatory for the L1 bidder to accept such an offer (second APO) at evaluated L-1
price and shall perform the whole contract as envisaged in the tender document. The additional
quantity, due to non-acceptance of respective quantity by L2 and/or L3 and so on bidders, as
envisaged in clause3 (Distribution of Quantity) in section 4 Part B, shall be supplied by the L-1 bidder
as part of whole contract.
25. PURCHASER'S RIGHT TO VARY QUANTITIES: a) BSNL reserves the right to increase or decrease up to 25% of the quantity of goods and services
specified in the schedule of requirements without any change in the unit price or other terms and conditions at the time of award of contract.
b) NA c) NA
26. PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS:
(a) The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids, at any time prior to award of contract without assigning any reason whatsoever and without thereby incurring any liability to the affected bidder or bidders on the grounds of purchaser’s action.
(b) DELETED (c) DELETED
27. ISSUE OF ADVANCE PURCHASE ORDER: 27.1. The issue of an Advance Purchase Order shall constitute the intention of the Purchaser to enter
into contract with the bidder.
27.2 The bidder shall within 14 days of issue of the advance purchase order, give its acceptance
along with performance security in conformity with the Performa provided with the bid document at
Section-7B.
27.3 DELETED
28. SIGNING OF CONTRACT: 28.1 The issue of Purchase order shall constitute the award of contract on the bidder.
28.2 Upon the successful bidders, furnishing performance security, the Purchaser shall discharge
the bid security in pursuant to, except in case of L-1 bidder (s), whose EMBG/ EMD shall be released
only after finalization of ordering of complete tendered quantity.
29. ANNULMENT OF AWARD:
Failure of the successful bidder to comply with the requirement of clause 25 shall constitute sufficient ground for the annulment of the award and the forfeiture of the bid security in which event the Purchaser may make the award to any other bidder at the discretion of the purchaser or call for new bids.
30. QUALITY ASSURANCE REQUIREMENTS.
The Quality of the FRAME & FLEX should confirm to the specifications as specified in Section 3
(B).
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 18 Signature of the bidder with seal
The Color of the printing on the FLEX should not degrade for a period of at least 6 Months
from the date of fixing.
31. REJECTION OF BIDS:
31.1. While all the conditions specified in the Bid documents are critical and are to be complied, special
attention of bidder is invited to the following clauses of the bid documents. Non-compliance of any one of
these shall result in outright rejection of the bid.
a) The bids will be rejected at opening stage if Bid security is not submitted and bid validity is less
than the period prescribed mentioned.
b) If the eligibility condition is not met and/ or documents prescribed to establish the eligibility are
not enclosed, the bids will be rejected without further evaluation.
c) If clause-by-clause compliance as well as deviation statements as prescribed are not given, the
bid will be rejected at the stage of primary evaluation.
d) Price Schedule: Prices are not filled in as prescribed in price schedule.
e) "Discount, if any, offered by the bidder shall not be considered unless specifically indicated in
the price schedule. Bidders desiring to offer discount shall therefore modify their offer suitably
while quoting and shall quote clearly net price taking all such factors like Discount, free supply
etc. into account".
31.2 Before outright rejection of the Bid by Bid-opening team for non-compliance of any of the provisions
mentioned the bidder company is given opportunity to explain their position, however if the person
representing the company is not satisfied with the decision of the Bid opening team, he/they can submit
the representation to the Bid opening team immediately but in no case after closing of the tender process
with full justification quoting specifically the violation of tender condition if any.
31.3. Bid opening team will not return the bids submitted by the bidders on the date of tender opening
even if it is liable for rejection and will preserve the offline documents in sealed cover as submitted by
taking the signatures of some of the desirous representatives of the participating bidder/companies
present on the occasion.
31.4. The in-charge of Bid opening team will mention the number of bids with the name of the company
found unsuitable for further processing on the date of tender opening and number of representations
received in Bid opening Minutes and if Bid opening team is satisfied with the argument of the
bidder/company mentioned in their representation and feel that there is prima-facie fact for consideration,
the in-charge of the bid opening team will submit the case for review to Officer competent to approve the
tender as early as possible preferably on next working day and decision to this effect should be
communicated to the bidder company within a week positively. Bids found liable for rejection and kept
preserved on the date of tender opening will be returned to the bidders after issue of P.O. against the
instant tender.
31.5. If the reviewing officer finds it fit to open the bid of the petitioner, this should be done by giving three
(working) days notice to all the participating bidders to give opportunity to participants desirous to be
present on the occasion.
32. ACTION BY PURCHASER AGAINST BIDDER(S)/ VENDOR(S) IN CASE OF DEFAULT:
In case of default by Bidder(s)/ Vendor(s) such as
a) Does not supply the equipment in time;
b) Equipment does not perform satisfactory in the field in accordance with the specifications;
c) Or any other default whose complete list is enclosed in Appendix-1.
Purchaser will take action as specified in Appendix-1 of this section.
33. Clause deleted
34. NEAR-RELATIONSHIP CERTIFICATE:
34.1. The bidder should give a certificate that none of his/ her near relative, as defined below, is
working in the units where he is going to apply for the tender. In case of proprietorship firm certificate will
be given by the proprietor. For partnership firm certificate will be given by all the partners and in case of
limited company by all the Directors of the company excluding Government of India/ Financial institution
nominees and independent non-Official part time Directors appointed by Govt. of India or the Governor of
the state and full time Directors of PSUs both state and central. Due to any breach of these conditions by
the company or firm or any other person the tender will be cancelled and Bid Security will be forfeited at
any stage whenever it is noticed and BSNL will not pay any damage to the company or firm or the
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 19 Signature of the bidder with seal
concerned person.
34.2. The Company or firm or the person will also be debarred for further participation in the
concerned unit.
34.3 The near relatives for this purpose are defined as:-
(a) Members of a Hindu undivided family.
(b) They are husband and wife.
(c) The one is related to the other in the manner as father, mother, son(s) & Son's wife (daughter in
law), Daughter(s) and daughter's husband (son in law), brother(s) and brother's wife, sister(s) and sister's
husband (brother in law).
34.4. The format of the certificate is given in Section 6 (B).
35. VERIFICATION OF DOCUMENTS AND CERTIFICATES
The bidder will ensure that all the documents and certificates, including experience/ performance and
self certificates submitted by him are correct and genuine before enclosing them in the bid. The onus of
proving genuineness of the submitted documents would rest with the bidder.
If any document/ paper/ certificate submitted by the participant bidder is found / discovered to be false /
fabricated / tempered / manipulated either during bid evaluation or during award of contract or
thereafter, then the Purchaser will take action as per Clause-1 of Appendix-1 of this section.
Note for Tender opening Committee:
At the time of tender opening, the TOC will check/ verify that the documents conforming to eligibility
part are submitted by the participant bidder duly authenticated by the authorized signatory to obviate
any possibility of doubt and dispute and maintain veracity of the documents / papers/ certificates.
The documents/ papers to be submitted in respective bid part have been explicitly stated in clause- 10
of Section-4 Part A.
This opened bid part which is already signed by the authorized representative of the bidder company
during bid submission will be signed by the tender opening committee on hard copy and preserve it
along with the bids received online in case of e-tendering.
These papers will be treated as authentic one, in case of any dispute.
36. Security Clause as per latest guidelines and requirement
Mandatory Licensing requirements with regards to security related concerns issued by the Government
of India from time-to-time shall be strictly followed and appropriate clauses shall be added in all bid
documents. Necessary guidelines in this regard shall be issued separately.
37. Reservation/ Procurement from MSE units:
The guidelines / instructions / laws issued vide D.O. no 21(1) -2011-M.A. April 25th, 2012 from Ministry of Micro, Small & Medium Enterprise (MSME) with respect to provisions for Micro & Small Enterprises (MSEs) shall be followed.
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 20 Signature of the bidder with seal
SECTION-4 Part B
SPECIAL INSTRUCTIONS TO BIDDERS
The Special Instructions to Bidders shall supplement the 'Instructions to Bidders' and in case of any conflict with
those in Section-4 Part A i.e. GENERAL INSTRUCTIONS TO BIDDERS (GIB), the provisions herein shall prevail.
1. Eligibility Conditions
Refer SECTION-1 PART-A & Clause-A.
2. Bid Security (EMD)
The bank guarantee/DD for bid security or Micro & Small Enterprise (MSE) registration certificate for
claiming exemption from submission of bid security, as prescribed in clauses 12.1 & 12.2 of Section-4 A
of the bid document should be submitted by the bidder in a separate cover. The bank guarantee/DD so
submitted shall be as per the format given in Section-7 A (Annex-III) on prescribed judicial paper with
stamps of proper value and should contain full address of the issuing branch of the bank with its
telephone number and FAX number.
3. Distribution of Quantity
(i) The Purchaser intends to limit the number of technically and commercially responsive to only
THREE BIDDER from the list of such bidders arranged in increasing order of their evaluated prices
starting from the lowest for the purpose of ordering against this tender. The distribution of the quantity
shall be as given in Table 1 below in case of an eligible MSE bidder having its bid price within +15% of
the L1 bidder’s quote.
(TABLE-1 With provisions for MSE Units)
Note 2: If no eligible MSE bidders are available then aforesaid earmarked 20% quantity shall be de-reserved & the allotted quantity for other general bidders will be restored as below
(TABLE-2 Without provisions for MSE Units)
Note 3: DELETED. In the event of any of the eligible bidder(s) not agreeing to supply the tendered item(s), other
successful bidders may be allotted the work at the same price (if agreed). The ordering price of any bidder shall not exceed the lowest evaluated package price. In the event of an eligible MSE bidder also selected as L1/L2/L3 then the distribution is to be done as
per details provided in Table “Without provisions for MSE Units”.
No. of Bidders to be approved. (Col-1)
Quantity earmarked for MSE bidder(s)
L1 L2 L3 RESERVED FOR MSE
One bidder scenario 80% Nil Nil 20%
Two bidder Scenario 48% 32% Nil 20%
Three Bidder scenario 40% 24% 16% 20%
No. of Bidders to be approved. (Col-1) Quantity earmarked for MSE bidder(s)
L1 L2 L3
One bidder scenario 100% Nil Nil
Two bidder Scenario 60% 40% Nil
Three Bidder scenario 50% 30% 20%
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 21 Signature of the bidder with seal
Section- 4 Part C
E-tendering Instructions to Bidders
General These Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as enclosed in Sec 4 Part A of the Tender Documents. Submission of Bids only through online process is mandatory for this Tender. For conducting electronic tendering, CMTS unit, BSNL, Odisha Telecom Circle, Bhubaneswar is using the portal (https://www.tenderwizard.com/BSNL) of M/s ITI a Government of India Undertaking. 1. Tender Bidding Methodology:
Sealed Bid System – Single Stages – Using Two Envelopes’, Note: Financial & Techno-commercial bids shall be submitted by the bidder at the same time.
2. Broad outline of activities from Bidders prospective:
Procure a Digital Signing Certificate (DSC) Register on Electronic Tendering System
® (ETS)
Create Users and assign roles on ETS View Notice Inviting Tender (NIT) on ETS Download Official Copy of Tender Documents from ETS Clarification to Tender Documents on ETS Query to BSNL (Optional) View response to queries posted by BSNL, as addenda. Bid-Submission on ETS Attend Public Online Tender Opening Event (TOE) on ETS Opening of Techno-commercial Part View Post-TOE Clarification posted by BSNL on ETS (Optional) Respond to BSNL’s Post-TOE queries Attend Public Online Tender Opening Event (TOE) on ETS Opening of Financial-Part (Only for
Technical Responsive Bidders)
3. For participating in this tender online, the following instructions are to be read Carefully. These instructions are supplemented with more detailed guidelines on the relevant
screens of the ETS Note 1: It is advised that all the documents to be submitted (See clause 2&5 of section II) are kept
scanned or converted to PDF format in a separate folder on your computer before starting online submission. The Price bid (Excel Format) may be downloaded and rates may be filled appropriately. This file may also be saved in a secret folder on your computer.
Note 2: While uploading the documents ,it should be ensured that the file name should be the name of the document itself
4. Digital Certificates For integrity of data and its authenticity/ non-repudiation of electronic records, and be compliant with IT
Act 2000, it is necessary for each user to have a Digital Certificate (DC). Also referred to as Digital Signature Certificate (DSC), of Class III issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in].
5. Registration
Intending bidders are requested to register themselves with M/s. ITI through www.tenderwizard.com/BSNL for obtaining user-id, Digital Signature etc., by paying Vendor registration fee and processing fee for participating in the above mentioned tender.
Note: After successful submission of Registration details and Vendor Registration f ee and processing fee (as app l i ca b le ). Please contact IT I Helpdesk (as given below), to get your registration accepted/activated.
Helpdesk
Telephone / Mobile Nos. Mr Sanjib Mohapatra, 9937488749, 07377708585, [between 10:30 hrs to 17:30 hrs from 06/07/18 to 30/07/18]
6. Bid related Information for this Tender (Sealed Bid): Please refer to Section-2, Clause-1.
7. Online & Offline Submissions of Documents : Please refer to Section-2, Clause-1
8. Special Note on Security of Bids Security related functionality has been rigorously implemented in ETS in a multi-dimensional
manner. Starting with 'Acceptance of Registration by the Service Provider', provision for security has been made at various stages in Electronic Tender’s software. Security related aspects as regard Bid Submission are outlined below: As part of the Electronic Encrypter™ functionality, the contents of both the ‘Electronic Forms’
and the ‘Main-Bid’ are securely encrypted using a Pass-Phrase created by the Bidder himself. Unlike a ‘password’, a Pass-Phrase can be a multi-word sentence with spaces between words (e.g. I love this World). A Pass-Phrase is easier to remember, and more difficult to break. It is recommended that a separate Pass-Phrase be created for each Bid-Part. This method of bid-encryption does not have the security and data-integrity related vulnerabilities which are inherent in e-tendering systems which use Public-Key of the specified officer of a Buyer organization for bid-encryption. Bid-encryption in ETS is such that the Bids cannot be decrypted before the Public Online Tender Opening Event (TOE), even if there is connivance between the concerned tender-opening officers of the Buyer organization and the personnel of e-tendering service provider. Typically, ‘Pass-Phrase’ of the Bid-Part to be opened during a particular Public Online Tender Opening Event (TOE) is furnished online by each bidder during the TOE itself, when demanded by the concerned Tender Opening Officers who will open the bid. Else Tender Opening Officer may authorize the bidder to open his bid himself. There is an additional protection with SSL Encryption during transit from the client-end computer of a Supplier organization to the e-tendering server/ portal.
9. Public Online Tender Opening Event (TOE)
ETS offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. Tender Opening Officers as well as authorized representatives of bidders can attend the Public Online Tender Opening Event (TOE) from the comfort of their offices. For this purpose, representatives of bidders (i.e. Supplier organization) dully authorized are requested to carry a Laptop and Wireless Connectivity to Internet. Every legal requirement for a transparent and secure ‘Public Online Tender Opening Event
(TOE)’ has been implemented on ETS. As soon as a Bid is decrypted with the corresponding ‘Pass-Phrase’ as submitted online by the bidder himself (during the TOE itself), salient points of the Bids are simultaneously made available for downloading by all participating bidders. The work of taking notes during a manual ‘Tender Opening Event’ is therefore replaced with this superior and convenient form of ‘Public Online Tender Opening Event (TOE)’. ETS has a unique facility of ‘Online Comparison Chart’ which is dynamically updated as each
online bid is opened. The format of the chart is based on inputs provided by the Buyer for each Tender. The information in the Comparison Chart is based on the data submitted by the Bidders in electronic forms. A detailed Technical and/ or Financial Comparison Chart enhance Transparency. Detailed instructions are given on relevant screens. ETS has a unique facility of a detailed report titled ‘Minutes of Online Tender Opening Event
(TOE)’ covering all important activities of ‘Online Tender Opening Event (TOE)’. This is available to all participating bidders for ‘Viewing/ Downloading’. There are many more facilities and features on ETS. For a particular tender, the screens viewed
by a Supplier will depend upon the options selected by the concerned Buyer.
NOTE: In case of internet related problem at a bidder’s end, especially during ‘critical events’ such as – a short period before bid-submission deadline, during online public tender opening event, during e-auction, it is the bidder’s responsibility to have backup internet connections. In case there is a problem at the e-
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 23 Signature of the bidder with seal
procurement/ e-auction service-provider’s end (in the server, leased line, etc) due to which all the bidders face a problem during critical events, and this is brought to the notice of BSNL by the bidders in time, then BSNL will promptly re-schedule the affected event(s).
10. Other Instructions
For further instructions, the vendor should visit the home -page of the portal (https://www.tendewizard.com/BSNL).
Important Note: It is strongly recommended that all authorized users of Supplier organizations should thoroughly peruse the information provided under the relevant l inks, and take appropriate action. This will prevent hiccups, and minimize teething problems during the use of ETS.
The following “FOUR KEY INSTRUCTIONS for BIDDERS‟ must be assiduously adhered to:
Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline on ETS
Register your organization on ETS well in advance of your first tender submission deadline on ETS.
Get your organization’s concerned executives trained on ETS well in advance of your first tender submission deadline on ETS
Submit your bids well in advance of tender submission deadline on ETS (There could be last minute problems due to internet timeout, breakdown, etc.) While the first three
instructions mentioned above are especially relevant to first- time users of ETS, the fourth instruction is relevant at all times.
11. Minimum Requirements at Bidders end
Computer System with good configuration (Min P IV, 1 GB RAM, Windows Xp Broadband connectivity. Microsoft Internet Explorer 6.0 or above Digital Certificate(s)
12. Vendors Training Program
Vendors may contact the ITI Helpdesk personnel given in clause 4 of Section II, for any type of training/help, which they may require while uploading the bids.
Note: It is strongly recommended that all authorized users of Supplier organizations should thoroughly peruse the information provided under the relevant links, and take appropriate action. This will prevent hiccups, and minimize teething problems during the use of ETS.
10. WARRANTY The supplier shall warrant that the stores to be supplied shall be new and free from all
defects and faults in materials used, workmanship and shall be of the highest grade and
consistent with the established and generally accepted standards for materials of the type
ordered and shall perform in full conformity with the specifications and drawings. The supplier shall be
responsible for any defect that may develop under the conditions provided by the contract and under
proper use, arising from faulty material, design or workmanship such as corrosion of the equipment,
fading of flex color etc. and/ or otherwise and shall remedy such defects at its own cost when called
upon to do so by the Purchaser who shall state in writing in what respect the stores are faulty. This
warranty shall survive inspection or payment for/ and acceptance of goods, but shall expire (except
in respect of complaints notified prior to such date) twelve months after the stores have been taken
over under clause 5 above.
If it becomes necessary for the Supplier to replace or renew any defective portion(s) of the
retailer board under this clause, the provisions of the ab o ve c la use shall apply to the portion(s) of
the equipment so replaced or renewed or until the end of the above mentioned period of twelve
months, whichever may be later. If any defect is not remedied by the supplier within a
reasonable time, the Purchaser may proceed to get the defects remedied from other supplier etc.,
at the supplier's risk and expenses, but without prejudice to any other rights which the
purchaser may have against the supplier in respect of such defects.
Replacement under warranty clause shall be made by the supplier free of all charges at site
including freight, insurance and other incidental charges.
11. Payment Terms
90% of the price shall be made on receipt of goods by consignee. For claiming this payment the
following documents are to be submitted to the paying authority AGM (MKT-SSA).
Invoice in duplicate, clearly indicating the composite price (i.e. Basic, GST) along with the
following,
a. Delivery confirmations through PHOTOGRAPHS of each FLEX BOARDS/DRIWAY-BOARDS/CSC STANDEES in the retailer premises/CSC and countersigned by the station In-charge (not below the rank of JTO) and countersigned by the AGM (Marketing) towards successful work completion certificate from all concerned.
b. Consignee receipt that the materials received in good condition.
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 26 Signature of the bidder with seal
c. Authenticated copy of purchase order issued. d. Filled ERP-Vendor Master Form to be provided along with the WORK ORDER.
Note: -
If the supplier fails to furnish necessary supporting documents i.e. GST, the amount pertaining to such Duties/Taxes will be deducted from the payment due to the firm.
Remaining 10% amount (being kept as Security Deposit towards performance guarantee) payment shall be paid to the supplier on completion of 1 year from the date submission of the original bill. However, in case the supplier deposits equivalent amount as PBG with 1 year validity, 100% amount shall be paid as above.
12. PRICES
Prices for each i tem charged by the supplier for goods delivered and services performed
under the contract shall not be higher than the L-1 prices accepted and approved in the Bid
except for variation caused by change in taxes/ duties.
13. CHANGES IN PURCHASE ORDERS
The purchaser may, at any time, by a written order given to a supplier, make changes within the
general scope of the contract in any one or more of the following:
drawings, designs or specifications, where Goods to be supplied under the contract are to be
specifically manufactured for the Purchaser;
the method of transportation or packing; the place of delivery; or the services to be provided by the supplier. If any such change causes an increase or decrease in the cost of, or the time required for the
execution of the contract an equitable adjustment shall be made in the contract price or delivery
schedule, or both, and the contract shall accordingly be amended. Any proposal by the supplier for
adjustment under this clause must be made within thirty days from the date of the receipt of the change
in order.
14. SUBCONTRACTS: - Under no circumstances BSNL shall interact or communicate with any third party
other than the supplier regarding compliance of the terms and conditions of the tender.
15. DELAYS IN THE SUPPLIER'S PERFORMANCE Delivery of the Goods and performance of the services shall be made by the Supplier in
accordance with the time schedule specified by the purchaser in its purchase order. In case
the supply is not completed in the stipulated delivery period, as indicated in the Purchase
Order, purchaser reserves the right to short-close/ cancel this purchase order and/ or recover
liquidated damage charges. The cancellation/ short-closing of the order shall be at the risk
and responsibility of the supplier and purchaser reserves the right to purchase balance
unsupplied item at the risk and cost of the defaulting vendors.
Delay by the Supplier in the performance of its delivery obligations shall render the
Supplier liable to any or all of the following sanctions:
forfeiture of its performance security,
imposition of liquidated damages, and/ or Short closure of the contract in part or full and/ or termination of the contract for default.
If at any time during the performance of the contract, the supplier encounters condition
impending timely delivery of the goods and performance of service, the supplier shall promptly notify
to the Purchaser in writing the fact of the delay, it’s likely duration and its cause(s). As soon as
practicable after receipt of the supplier's notice, the purchaser shall evaluate the situation and may
at its discretion extend the period for performance of the contract (by not more than 20 weeks.
The vendor has to submit their request for extension at least two weeks before the expiry of
delivery period. The vendor shall also submit unconditional acceptance of the conditions for
delivery period extension i.e. applicability of liquidated damages, submission of additional BG etc.
wherever applicable. The decision regarding extension shall be communicated within two weeks of the
receipt of request and after receipt of the unconditional acceptance and the undertaking
mentioned above.
In case extension is being granted beyond 20 weeks then the vendor shall submit additional
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 27 Signature of the bidder with seal
BG while seeking extension. For piecemeal items the amount of additional BG shall be 5% of the value
of balance quantity of items to be supplied for which extension in delivery period has been sought.
If the vendor fails to deliver the full ordered quantity even during extended delivery period
then the PO shall be short-closed and the Performance Bank Guarantee as well as additional BG shall
be forfeited.
If the supplies are not completed in the extended delivery period, the purchase order
shall be short-closed and both the Performance securities shall be forfeited.
16. LIQUIDATED DAMAGES
16.1 The date of delivery of the stores stipulated in the acceptance of the tender should be deemed
to be the essence of the contract and delivery must be completed no later than the dates specified
therein. Extension will not be given except in exceptional circumstances. Should, however, deliveries be
made after expiry of the contracted delivery period, without prior concurrence of the purchaser and be
accepted by the consignee, such delivery will not deprive the purchaser of its right to recover liquidated
damage under. However, when supply is made within 7 days of the contracted original delivery period,
the consignee may accept the stores. However, delay under any other circumstance beyond 7
days as mentioned above, shall attract a penalty of a sum equivalent to 0.5% of the value of
the delayed supply and/ or undelivered material/ supply for each week of delay or part thereof
for a period up to 10 (TEN) weeks, and thereafter at the rate of 0.7% of the value of the delayed
supply and/ or undelivered material/ supply for each week of delay or part thereof for another
TEN weeks of delay.
16.2 NOT APPLICABLE
16.3 NOT APPLICABLE
16.4 NOT APPLICABLE
Note: 1. DELETED 17. FORCE MAJEURE
If, at any time, during the continuance of this contract, the performance in whole or in part
by either party of any obligation under this contract is prevented or delayed by reasons of any
war or hostility, acts of the public enemy, civil commotion, sabotage, fires, floods, explosions,
epidemics, quarantine restrictions, strikes, lockouts or act of God (hereinafter referred to as events)
provided notice of happenings of any such eventuality is given by either party to the other within 21
days from the date of occurrence thereof, neither party shall by reason of such event be entitled
to terminate this contract nor shall either party have any claim for damages against other in respect
of such non-performance or delay in performance, and deliveries under the contract shall be
resumed as soon as practicable after such an event come to an end or cease to exist, and the decision
of the Purchaser as to whether the deliveries have been so resumed or not shall be final and
conclusive. Further that if the performance in whole or part of any obligation under this contract is
prevented or delayed by reasons of any such event for a period exceeding 60 days, either party may,
at its option, terminate the contract.
Provided, also that if the contract is terminated under this clause, the Purchaser shall
be at liberty to take over from the Supplier at a price to be fixed by the purchaser, which shall be final,
all unused, undamaged and acceptable materials, bought out components and stores in course of
manufacture which may be in possession of the Supplier at the time of such termination or such
portion thereof as the purchaser may deem fit, except such materials, bought out components and
stores as the Supplier may with the concurrence of the purchaser elect to retain.
18. ACTION BY PURCHASER AGAINST BIDDER(S)/ VENDOR(S) IN CASE OF DEFAULT.
18.1 In case of default by Bidder(s)/ Vendor(s) such as (a) Failure to deliver and/ or commission any or all of the goods within the
time period(s) specified in the contract, or any extension thereof granted by the purchaser pursuant to clause15 of this section;
(b) Failure to perform any other obligation(s) under the Contract; and (c) Equipment does not perform satisfactory in the field in accordance with the specifications; (d) Or any other default whose complete list is enclosed in Appendix-1 of Section-4, Part-A;
Purchaser will take action as specified in Appendix-1 of Section-4, Part-A.
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 28 Signature of the bidder with seal
19. Clause deleted. 20. ARBITRATION In the event of any question, dispute or difference arising under this agreement or in
connection there-with (except as to the matters, the decision to which is specifically provided under
this agreement), the same shall be referred to the sole arbitration of the CGM, BSNL Odisha Circle or
in case his designation is changed or his office is abolished, then in such cases to the sole arbitration
of the officer for the time being entrusted (whether in addition to his own duties or otherwise)
with the functions of the CGM, BSNL Odisha Circle or by whatever designation such an officer may
be called (hereinafter referred to as the said officer), and if the CGM, BSNL Odisha Circle the said
officer is unable or unwilling to act as such, then to the sole arbitration of some other person
appointed by the CGM, BSNL Odisha Circle the said officer. The agreement to appoint an arbitrator
will be in accordance with the Arbitration and Conciliation Act 1996 as amended from time to time.
There will be no objection to any such appointment on the ground that the arbitrator is a
Government Servant or that he has to deal with the matter to which the agreement relates or that
in the course of his duties as a Government Servant he has expressed his views on all or any of
the matters in dispute. The award of the arbitrator shall be final and binding on both the parties to
the agreement. In the event of such an arbitrator to whom the matter is originally referred, being
transferred or vacating his office or being unable to act for any reason whatsoever, the CGM, BSNL
Odisha Circle or the said officer shall appoint another person to act as an arbitrator in accordance with
terms of the agreement and the person so appointed shall be entitled to proceed from the stage at
which it was left out by his predecessors.
The arbitrator may from time to time with the consent of both the parties enlarge the time
frame for making and publishing the award. Subject to the aforesaid, Arbitration and Conciliation Act,
1996 and the rules made there under, any modification thereof for the time being in force shall be
deemed to apply to the arbitration proceeding under this clause.
The venue of arbitration shall be Circ le HQ, Bhubaneswar as the case may be.
21. SET OFF Any sum of money due and payable to the supplier (including security deposit refundable to
him) under this contract may be appropriated by the purchaser or the BSNL or any other person(s)
contracting through the BSNL and set off the same against any claim of the Purchaser or BSNL or
such other person or person(s) for payment of a sum of money arising out of this contract or under any
other contract made by the supplier with the Purchaser or BSNL or such other person(s) contracting
through the BSNL.
22. INTIMATION OF SUPPLY STATUS The bidders, who are given Purchase Orders, must give the details of the supplies made
against all the Purchase Orders every month on the first working day of the following month to MM and
the concerned User Branches of BSNL.
23. DETAILS OF THE PRODUCT The bidder should furnish the name of its collaborator (if applicable), brand name, model
number and type of the products offered in this tender. The technical literatures of the products should
also be submitted. No change in either technology or product shall be permitted after opening of bids.
24. FALL CLAUSE
24.1 The prices once fixed will remain valid during the scheduled delivery period except for the provisions in
clause 12.1 of Section-5A.
Further, if at any time during the contract
(a) It comes to the notice of purchaser regarding reduction of price for the same or similar equipment/
service;
And / or
(b) The prices received in a new tender for the same or similar equipment/ service are less than the prices
chargeable under the contract.
24.2 The purchaser, for the purpose of delivery period extension, if any, will determine and intimate the new
price, taking into account various related aspects such as quantity, geographical location etc., and the
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 29 Signature of the bidder with seal
date of its effect for the balance quantity/ service to the vendor. In case the vendor does not accept the
new price to be made applicable during the extended delivery period and the date of its effect, the
purchaser shall have the right to terminate the contract without accepting any further supplies. This
termination of the contract shall be at the risk and responsibility of the supplier and the purchaser
reserves the right to purchase the balance unsupplied quantity/ service at the risk and cost of the
defaulting vendor besides considering the forfeiture of its performance security.
24.3 The vendor while applying for extension of time for delivery of equipment/services, if any, shall have to
provide an undertaking as "We have not reduced the sale price, and/ or offered to sell the same or
similar equipment/ service to any person/ organization including Department of central/state
Government or any central/ state PSU at a price lower than the price chargeable under the contract for
scheduled delivery period."
24.4 In case under taking as in Clause 24.3 is not applicable, the vendor will give the details of prices, the name(s) of purchaser, quantity etc. to the purchaser, while applying extension of delivery period.
25. COURT JURISDICTION Any dispute arising out of the tender/ bid document/ evaluation of bids/ issue of APO shall be
subject to the jurisdiction of the competent court at the place from where the NIT/ tender has been
issued.
Where a contractor has not agreed to arbitration, the dispute/ claims arising out of the
Contract/ PO entered with him shall be subject to the jurisdiction of the competent Court at the place
from where Contract/ PO have been issued. Accordingly, a stipulation shall be made in the contract as
under.
“This Contract/ PO are subject to jurisdiction of Court at BHUBANESWAR only”.
Note: - Mandatory Licensing requirements with regards to security related concerns issued by
the Government o f India from time-to-time shal l be strictly followed and appropriate clauses shall be
added in all bid documents. Necessary guidelines in this regard shall be issued separately.
26. GENERAL GUIDELINES:-
“The General guidelines as contained in Chapter 5, 6 and 8 of General Financial Rules
as amended from time to time on works, procurement of goods and services and contract
management respectively may also be referred to as guiding principles”.
The rate quoted by the bidder should be firm, final and valid for one year from date of signing the
agreement. Sr.-CM will have discretion to extend the validity of rate contract for additional Six
months on the same terms and conditions.
Similarly the tender is valid for a period of one year from the date of signing the agreement.
However if due to any reason if the work could not be completed in one year then the tendering
authority GM, BSNL, Odisha Circle reserves the right to extend it for period of six months
maximum in phases of three months.
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 30 Signature of the bidder with seal
SECTION –5 Part B SPECIAL (COMMERCIAL) CONDITIONS OF CONTRACT (SCC)
i. Other conditions:
Except the OFF-LINE documents mentioned at section-2, Clause 2 (OFFLINE DOCUMENTS). Any other document submitted physically, without uploading the documents in portal shall not be considered for further evaluation purpose and the bid will be rejected.
Power of Attorney (other than the Proprietor as signing authority) submitted should be executed on or after 6th July 2018.
Tender form is not exchangeable.
No tender will be received in person. It is to be submitted online through e-tendering portal
Submission of tender in response to this tender notice and its acceptance thereof by BSNL will be deemed a VALID CONTRACT and the conditions mentioned in the tender notice will be binding on the bidder. Conditional tender such as with a mention that increase in market rates or taxes, duties rates charged extra shall stand disqualified and will not be considered.
The tender offer and other particulars / information/correspondence should be on the Firm’s Letter Head only. In future correspondence, tender notice no. & date may be quoted; failing which correspondence may be ignored.
The payment of the bills will be made at the earliest on submission of bill complete in all respects and no other condition(s) for payment including charging of penal interest etc ,will be accepted.
The material should be delivered as specified in purchase order.
ii. General Conditions of AMC: N/A
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
….......................................…….hereby certify that none of my relative(s) as defined in the
tender document is/are employed in BSNL unit as per details given in tender document. In case
at any stage, it is found that the information given by me is false/ incorrect, BSNL shall have the
absolute right to take any action as deemed fit/without any prior intimation to me."
Signature of the BIDDER
With date and seal
Note : In case of partnership firm all the partners / and in case of limited companies all
the directors should submit this certificate.
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 33 Signature of the bidder with seal
Anne SECTION-7 (A) Annexure-III
For the BIDSECURITY/ EMD Guarantee
(To be typed on Rs.100/- non-judicial stamp paper)
Sub: Bid Security/EMD guarantee.
1. Whereas M/s-------------------------R/o…………… (Hereafter referred to as Bidder)
has approached us for giving Bank Guarantee of Rs.1, 40, 000/- (hereafter
k n o w n a s t h e “ B. G. Amount”) valid up to 180 days from 31st July 2018 (hereafter
known as the “Validity date”) in favor of CGM BSNL, Odisha Telecom Circle, (Hereafter
referred to as BSNL) for participation in the tender of work BSNL for supplying and
Installing retailer Boards at various BSNL POS across Odisha Vide tender No. OR/CM/SM/
RETAILER BOARDS/2018-19 dated at BBSR the 6th July 2018.
Now at the request of the Bidder, We …………………… Bank
…………………………Branch having ----- --- ---- - (Address) and Regd.
Office address as … …… ………...…………………………… (Hereinafter
c a l l ed ‘the Bank”) agrees to give this guarantee as hereinafter contained:
2. We the Bank do hereby undertake to pay the amounts due and payable under this
guarantee without any demur, merely on a demand from the BSNL stating that the amount
claimed is due by way of loss or damage caused to or would be caused to or suffered by
the BSNL by reason of breach by the said bidder(s) of any of terms or conditions
contained in the said Agreement or by reason of the bidder (s) failure to perform the
said Agreement. Any such demand made on the bank shall be conclusive as regards the
amount due and payable by the Bank under this guarantee where the decision of the
BSNL in these counts shall be final and binding on the bank. However, our liability
under this guarantee shall be restricted to an amount not exceeding the “B. G. Amount”.
3. We undertake to pay to the BSNL any money so demanded notwithstanding any dispute or
disputes raised by the bidder(s) in any suit or proceeding before any court or tribunal
relating thereto our liability under this present being absolute and unequivocal. The
Payment so made by us under this bond shall be valid discharge of our liability for
payment there under and the bidder(s) shall have no claim against us for making such
payment.
4. We the Bank further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the BSNL under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till BSNL Certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said bidder(s) and accordingly discharge this guarantee. Unless a demand or claim under this guarantee is made on us in writing or before the expiry of Validity date from the date hereof, we shall be discharged from all liability under this guarantee thereafter.
5. We the Bank further agree with the BSNL that the BSNL shall have the fullest liberty without
our consent and without affecting in any manner our obligations hereunder to vary any of
the terms and conditions of the said Agreement or to extend time of performance by the
said bidder(s) from time to time or to postpone for any time or from time to time any of the
powers exercisable by the BSNL against the said bidder(s) and to forbear or enforce any of
the terms and conditions relating to the said agreement and we shall not be relieved from
our liability by reason of any such variation, or extension being granted to the said Bidder(s)
or for any forbearance, act or omission on the part of the BSNL or any indulgence by the
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 34 Signature of the bidder with seal
BSNL to the said bidder(s) or by any such matter or thing whatsoever which under the law
relating to sureties would, but for this provision, have effect of so relieving us.
6. Notwithstanding anything herein contained;
The liability of the Bank under this guarantee is restricted to the “B. G. Amount” and it
will remain in force up to its Validity date specified above. (b) The guarantee shall stand
completely discharged and all rights of the BSNL under this Guarantee shall be
extinguished if no claim or demand is made on us in writing on or before its validity date.
7. The Bank guarantees that the below mentioned officer who have signed it on behalf of the
Bank have authority to give this guarantee under its delegated power.
Place: ……………………………
Date: ………………………….. (Signature of the Bank Officer)
Rubber stamp of the bank.
Authorized Power of Attorney Number: ……………….
Name of the Bank officer: ……………………………..
Designation: …………………………………………...…
Complete Postal address of Bank: ……………………
Telephone Numbers ……………………………..……..
Fax numbers ………………………………..……
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 35 Signature of the bidder with seal
SECTION 7 (B) Annexure-IV
For the Performance Guarantee
(To be typed on Rs.100/- non-judicial stamp paper)
……………the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to supply and deliver .............................................. in
conformity with the said drawings, conditions of contract and specifications for the sum
shown in the schedule of prices attached herewith and made part of the financial Bid.
2. Bid submitted by us is properly sealed and prepared so as to prevent any subsequent
alteration and replacement.
3. We agree to abide by this Bid for a period of 365 days from the date fixed for Bid opening
or for subsequently extended period, if any, agreed to by us. This bid shall remain
binding upon us up to the aforesaid period.
4. We understand that you are not bound to accept the lowest or any bid, you may receive.
5. If our Bid is accepted, we will provide you with a performance guarantee from a Scheduled / Nationalized Bank for a sum @ 5% of the contract value for the due performance of the contract.
6. If our Bid is accepted, we undertake to complete delivery of all the items and perform all the services specified in the contract in accordance with the delivery schedule specified in the Section-2 (Tender Information).
7. Until a formal Purchase Order of Contract is prepared and executed, this Bid together with
your written acceptance thereof in your notification of award shall constitute a binding
contract between us.
Dated: ....... day of ................... 2018
Witness Signature …………………………
Signature…………………………. Name ……………………………..
Name …………………………….. In the capacity of …………………
Address .................... Duly authorized to sign the bid for and on behalf of..........
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 41 Signature of the bidder with seal
Annexure-VIII
PRICE SCHEDULE
Sl. No.
Name of the Work QUANTITY UNIT-Rate/Sqft. UNIT-Rate/Qty.
AMOUNT
A B C D E = C X D
1
Installation of One-Sided Non-Lit Retailer Boards as per Spec. and installing them in the retailers’ premises.
38000Sqft
In Numbers:
In Words:
2
Installation of Double-Sided Non-Lit Retailer Boards as per Spec. and installing them in the retailers’ premises.
15000Sqft
In Numbers:
In Words:
3
Installation of DRIVE-WAY boards besides the NH/SH/MKT AREA/VILLAGES
480Nos
In Numbers:
In Words:
4 Replacement of FLEX on the existing retailer boards.
32000Sqft
In Numbers:
In Words:
5 Supply of CSC STANDEE to the CSC/CCN.
3000Sqft
In Numbers:
In Words:
Column D includes the cost for fabricating, transportation charges to the place of installation, installation charges, expected maintenance charges and other unforeseen charges if any (like holding tax to NAC / Municipality authority if any). (But without GST) *The tender will be evaluated on the basis of the UNIT COST in Column-D.
1. The rate should be quoted in NUMBERS in Column – D only. The tender with rate quoted in
other than Financial Bid, in the tender document, is liable for rejection summarily.
2. The Rates Quoted at Column D is the UNIT RATE (All Inclusive except the GST) and should be
in Indian Rupees format up to 2 decimals.
3. Evaluation is to be done on the “UNIT RATE/Sqft or Nos as Quoted in Col-D”
of the individual eligible bidders.
4. Distribution of Work shall be done as per the Section 4 (B) for each item
separately.
Signature of the bidder with Date & Stamp
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 42 Signature of the bidder with seal
Annexure-IX
AGREEMENT
An AGREEMENT made this Date ____Month______Year 2018 between the BSNL,
Odisha Circle (which expression shall unless exclude by or repugnant to the context, include his
successors and assignees) on the ONE PART and
______________________________________ having its registered office at
________________________________________ (acting through its constituted Attorney)
hereinafter called the ‘Supplier’ (which term shall include their heirs, executors, successors and
assignees) on the OTHER PART.
Whereas M/s _______________________________________has accepted the
UNIT PRICE/SQFT of 1. Rs.___________ towards Fixing of _______ Sq Ft of One-Sided Non-Lit Retailer
Boards as per Spec. and installing them in the retailers’ premises. of all 13 SSA,
Odisha
2. Rs.___________ towards Printing, Supply & Fixing of _______ Sq Ft Double-Sided
Non-Lit Retailer Boards as per Spec. and installing them in the retailers’ premises
of all 13 SSA, Odisha.
3. Rs.___________ towards Printing, Supply & Fixing of _______ Sq Ft DRIVE-WAY
boards besides the NH/SH/MKT AREA/VILLAGES of all 13 SSA, Odisha.
4. Rs.___________ towards Printing, Supply & Fixing of _______ Sq Ft FLEXES on
the existing retailer boards of all 13 SSA, Odisha.
5. Rs.___________ towards Printing, Supply of _______ Sq Ft CSC STANDEE to the
CSC/CCN of all 13 SSA, Odisha.
as per specification and terms and conditions of the tender OR/CM/SM/RETAILER
BOARD/18-19 Dated ___________ and has agreed to supply them at the quoted rates
under conditions described in the Tender schedule which forms part of this agreement.
Whereas M/s. ________________________________________has submitted a
Performance Bank Guarantee in the name of The Chief General Manager, BSNL, Odisha as
security towards supply of correct quality & quantity of materials as agreed to.
And whereas, the supplier is ready and willing to execute the supply orders in accordance with
the contract.
Now the agreement witnessed and it is hereby agreed and declared as follows:
1. The Tender Notice, Instructions to bidders, Conditions of contract, technical
specifications, Guidelines to supplier, Schedule, APO No. OR/CM/SM/RETAILER
BOARD/18-19 Dated 6th July 2018 (along with its enclosures) annexed hereto and
such other additional particulars, instructions, drawings as may be found requisite to be
given during execution of the work shall be deemed and taken to be an integral part of
the contract and shall also be deemed to be included in the expression, contract or
‘Contract Documents’ wherever herein used.
2. In consideration of the payments to be made to the supplier for the supply of items, the
supplier hereby covenants with the contract documents duly provide, execute and
complete the said supply and shall perform all other acts, deeds, matters and things in
the contract mentioned or described or which are to be implied there from or may be
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 43 Signature of the bidder with seal
reasonably necessary for the completion of the said supply and at the time and in the
manner and subject to the terms and conditions of stipulations mentioned in the
contract.
3. In consideration of the due provisions, executions and completion of the said works, the
BSNL Odisha Circle, hereby agrees with the supplier to pay the amount towards the cost
of material supplied above, after satisfactory completion of work and on production of
bills by the supplier less deduction as admissible if any under the provisions of the
Contract.
4. The Contract Period is valid for 1 year from the date of signing of agreement.
The cost includes Printing, Fixing, transportation & any other incidental handling
charges. However, GST is to be levied separately.
IN WITNESS, WHEREOF the parties hereto have executed these presents the
day and year first above written.
Signed by the Supplier Signed on behalf of the BSNL.
Place: Place: BHUBANESWAR
Date: Date:
In the presence of witness In the presence of witness
1. Signature……………………….. 1)Signature……………………………
Name…………………………. Name………………………………..
2. Signature……………………….. 2)Signature……………………………
Name…………………………. Name………………………………..
OR/CM/SM/RETAILER BOARD/2018-19 DATED AT BBS 6th July, 2018
Read, Understood, Accepted & submitted by me
Page 44 Signature of the bidder with seal
Annexure-X
Check-List
Sl.
No. Name of the Document
Submitted
YES/NO
Page
No.
I One copy of the complete set of tender documents duly filled in
and signed on each page by authorized signatory.
II TENDER COST of Rs.590- (In form of DD/BC) in favor of AO (A &
P), O/o CGM, BSNL, ODISHA payable at Bhubaneswar, Odisha.
III
EMD of Rs 140000/- (In form of BG/DD)
BG in the name of CGM, BSNL, Odisha.
DD in favor of AO (A & P), O/o CGM, BSNL, ODISHA payable at
Bhubaneswar, Odisha
IV
Bidder having valid NSIC/MSME certificate with approval of
monetary limit will be exempted from TENDER & EMD costs as
per rule. The proof of the same must be produced in the technical
bid.
V
Proof regarding TURNOVER of Rs 1.05Crores during the last
three audited assessment years i.e. 15-16, 16-17 & 2017-18
duly certified by the Chartered Accountant.
VI
EXPERIENCE of Rs 24, 50, 000/- in FLEX-BOARD works from any
Govt. / Semi Govt. / PSU /Private Companies during last 3 F.Y. i.e.